Similar Projects
New City Hall and Police Department Facility - City of Madison
New Construction, Infrastructure
Design
$5,000,000 CJ est. value
Madison, SD 57042

New City Hall and Police Department Facility - City of Madison
New Construction, Infrastructure
Design
$5,000,000 CJ est. value
Madison, SD 57042

Electric Distribution Conversion - 2023
Infrastructure
Bidding
$540,000 CJ est. value
Madison, SD 57042

Airport Pavement Maintenance Project
Infrastructure
Post-Bid

Northwest 9th Street and North Union Avenue Reconstruction - Water Main Improvement Project 2022-1
Infrastructure
Post-Bid
$3,500,000 est. value
Madison, SD 57042

Airfield Paving Construction MATOC
Results
Less than $400,000,000 est. value

Asphalt Surface Treatment
Infrastructure
Results

Chip Sealing
Infrastructure
Post-Bid
SD

Box Culvert Project
Infrastructure
Results
$530,000 to $690,000 est. value
Madison, SD

Roadwork Improvements
Infrastructure, Alteration
Post-Bid
SD

Dakota State University - Athletics Event Center Bid Package #1 Fencing Re-bid
Infrastructure
Post-Bid
$6,570,408 CJ est. value
Madison, SD 57042

Shape and Compact Reclaimed Asphalt, Furnish, Place and Compact 4 Asphalt 25 Wide From Intersection of 237th Street And 459th Avenue
Infrastructure
Post-Bid
$400,000 est. value
Wentworth, SD 57075

Vermillion Elementary School - Scopes 9-39
New Construction, Infrastructure
Post-Bid
$6,570,408 CJ est. value
Madison, SD 57042

Bus Barn at the Ramona Location
New Construction, Infrastructure
Post-Bid
$519,000 CJ est. value
Ramona, SD 57054

Dakota State University - Athletics Event Center Bid Package #2
New Construction, Infrastructure
Post-Bid
$28,000,000 CJ est. value
Madison, SD 57042

Last Updated 03/13/2023 09:37 AM
Project Title

Reconstruct Hangar Taxilanes, Airport Drive and Parking Lot

Physical Address View project details and contacts
City, State (County) Madison, SD 57042   (Lake County)
Category(s) Heavy and Highway
Sub-Category(s) Paving/Reconstruction, Runways/Taxiways, Shoreline/Erosion/Drainage, Site Development
Contracting Method Competitive Bids
Project Status Results, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $694,666 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The proposed work includes the following: Reconstruction of hangar taxi lanes, Airport Drive and parking lot. Work items include but are not limited to asphalt pavement removal, recycle/reclaim asphalt for subbase material, RCP culvert pipe installation, PVC underdrain pipe installation, earthwork, subbase course, aggregate base course, asphalt paving, pavement marking, erosion control, seeding & mulching. Reconstruct Hangar Taxi lanes, Airport Drive and Parking Lot Project No. 2205_00411, P-0012785 Each bid in excess of $50,000.00 shall be accompanied by either a certified check, cashier's check or draft in a sum equal to five percent (5%) of the maximum bid price and drawn on a State or National Bank or a bid bond in a sum equal to ten percent (10%) of the maximum bid price executed by the Bidder as principal and by a surety company authorized to do business in the State of South Dakota, payable to the City of Madison, conditioned that if the principals bid be accepted and the contract awarded to him, he, within ten (10) days after Notice of Award has been executed, will execute and effect a contract in accordance with the terms of his bid and a contractors bond as required by law and regulations and determinations of the governing board. The bid security of the two lowest bidders will be retained until the Notice of Award has been executed, but no longer than thirty (30) days. The bid security is a guarantee that the bidder will enter into contract for work described in the Proposal. The successful Bidder will be required to furnish a Contract Performance Bond, a Payment Bond in the full amount of the Contract, and proof of Contractors Excise Tax License. The City of Madison reserves the right to hold all bids for a period of sixty (60) days after the date fixed for the opening thereof to reject any and all bids and waive defects and to accept any bids should it be deemed for the public good and also reserves the right to reject the bid of any party who has been delinquent or unfaithful in the performance of any former contract to the Owner. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 1. The Offerors or Bidders attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractors aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade: 0.8% Goals for female participation in each trade: 6.9% (DBE) goal for this project is 3.41 percent. These goals are applicable to all of the Contractors construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractors compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractors goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the covered area is South Dakota, Lake County, and City of Madison. TITLE VI SOLICITATION NOTICE The City of Madison, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, businesses, or disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. DISADVANTAGED BUSINESS ENTERPRISE The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Madison to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA

Details

Division 31 - Earthwork, Grading, Erosion and Sedimentation Controls, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Storm Drainage Utilities, Ponds and Reservoirs.
Division 34 - Transportation, Airfield Signaling and Control Equipment.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents